Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

J -- Maintenance/Inspection/Repair of CLARK Forklifts

Notice Date
6/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133M-11-RQ-0555
 
Archive Date
7/22/2011
 
Point of Contact
Sharon Clisso, Phone: 816-426-7471
 
E-Mail Address
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. NOAA Aircraft Operations Center (AOC) has a requirement for periodic preventative maintenance, safety inspections, and unscheduled repairs on two CLARK forklifts: CLARK Genesis Series, Model-CGC40, Type-LP and CLARK GCX30, Model GCX30, Type-LP. The period of performance will be a base year with four (4) option years. The base year will start from the date of award. This notice constitutes the only Request for Quote (RFQ). Written quotes are being requested. A hardcopy written RFQ will not be issued. DOC, Eastern Acquisition Division - Kansas City Office requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete Online Representations and Certifications Applications (ORCA) at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-11-RQ-0555. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (APR 2011) 52.212-4 Contract Terms and Conditions (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2011), Section (b) (2), (10)(i), (20), (23), (24), (25), (26), (28), (35), (39), (44); (c) (1), (2) Machinery Maintenance Mechanic, WG-10, (3) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) [within 60 days before the contract will expire] 52.217-9 Option to Extend the Term of the Contract (MAR 2000) [(a) within 60 days before the contract is set to expire, 60 days; (c) shall not exceed 5 years] 52.232-18 Availability of Funds (APR 1984) 52.245-1 Government Property (AUG 2010) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.237-71 Security Processing Requirements - Low Risk Contracts (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC/MacDill AFB, FL) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 PRICE/QUOTE: This is an order for commercial services. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. The Department of Labor Service Act Wage Determination No. 2005-2126, Revision No. 16, dated 03/29/2011 for Hillsborough County, Tampa Bay, Florida, where the work is to be completed, shall be applicable to this procurement. Offerors can print a copy by accessing the following website: http://www.dol.gov/. Prices quoted for Line Items 0001, 0003, 0005, 0007, and 0009, shall be firm-fixed-price inclusive of all costs. Line Items 0002, 0004, 0006, 0008, and 0010 are on a time-and-materials basis. BASE YEAR: From date of award through 365 calendar days. All option years are also 365 calendar days. LINE ITEM 0001: SCHEDULED PREVENTATIVE MAINTNENACE AND SAFETY INSPECTIONS: Perform scheduled preventative maintenance and safety inspections on a quarterly basis on two forklifts located in the NOAA, AOC, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Quantity: 4 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: OVER AND ABOVE REPAIRS, LABOR, AND PARTS. Unscheduled labor and parts for over and above repairs on two forklifts located in the NOAA Aircraft Operations Center, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Hourly Rate of Technician: $______ Parts Discount Off List Price: _______% OPTION YEAR 1: LINE ITEM 0003: SCHEDULED PREVENTATIVE MAINTNENACE AND SAFETY INSPECTIONS: Perform scheduled preventative maintenance and safety inspections on a quarterly basis on two forklifts located in the NOAA, AOC, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Quantity: 4 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0004: OVER AND ABOVE REPAIRS, LABOR, AND PARTS. Unscheduled labor and parts for over and above repairs on two forklifts located in the NOAA Aircraft Operations Center, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Hourly Rate of Technician: $______ Parts Discount Off List Price: _______% OPTION YEAR 2: LINE ITEM 0005: SCHEDULED PREVENTATIVE MAINTNENACE AND SAFETY INSPECTIONS: Perform scheduled preventative maintenance and safety inspections on a quarterly basis on two forklifts located in the NOAA, AOC, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Quantity: 4 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0006: OVER AND ABOVE REPAIRS, LABOR, AND PARTS. Unscheduled labor and parts for over and above repairs on two forklifts located in the NOAA Aircraft Operations Center, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Hourly Rate of Technician: $______ Parts Discount Off List Price: _______% OPTION YEAR 3: LINE ITEM 0007: SCHEDULED PREVENTATIVE MAINTNENACE AND SAFETY INSPECTIONS: Perform scheduled preventative maintenance and safety inspections on a quarterly basis on two forklifts located in the NOAA, AOC, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Quantity: 4 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0008: OVER AND ABOVE REPAIRS, LABOR, AND PARTS. Unscheduled labor and parts for over and above repairs on two forklifts located in the NOAA Aircraft Operations Center, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Hourly Rate of Technician: $______ Parts Discount Off List Price: _______% OPTION YEAR FOUR: LINE ITEM 0009: SCHEDULED PREVENTATIVE MAINTNENACE AND SAFETY INSPECTIONS: Perform scheduled preventative maintenance and safety inspections on a quarterly basis on two forklifts located in the NOAA, AOC, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Quantity: 4 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0010: OVER AND ABOVE REPAIRS, LABOR, AND PARTS. Unscheduled labor and parts for over and above repairs on two forklifts located in the NOAA Aircraft Operations Center, Hangar 5, MacDill AFB, FL. CLARK Models CGC40 (Large Forklift) and GCX30 (Small Forklift) Hourly Rate of Technician: $______ Parts Discount Off List Price: _______% STATEMENT OF WORK Vendor will perform periodic preventative maintenance, safety inspections, and unscheduled repairs on two CLARK forklifts: #1: CLARK Genesis Series Model- CGC40 Type-LP 7075 lb max lifting capacity 14263 lb truck weight #2: CLARK GCX30 Model-GCX30 Type-LP 5350 lb max lifting capacity 9518 lb truck weight Scope of Work: 1. Perform safety inspections and preventative maintenance on a quarterly basis in accordance with manufacturer's specifications. 2. Perform unscheduled maintenance repairs as required in accordance with manufacturer's specifications. 3. All work to be performed in the NOAA hangar unless specialty service is required for repair. Location of Work: National Oceanic Atmospheric Administration, Aircraft Operations Center, 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, Tampa Florida 33621-5401. Period of Performance: This purchase order will be for a base year with four (4) option years. The period of performance will start upon the award of the contract. Work is to be performed between 0800-1500 hours, Monday through Friday. Specifics: - Contractor shall price each quarterly visit for both forklifts as one CLIN - Contractor shall provide an hourly rate for unscheduled maintenance - Contractor shall provide certifications of competency for forklift inspection/repair - Contractor shall be licensed, bonded and insured - Contractor shall ensure worksite is clean (trash and spills) before departing - Contractors employee shall undergo a background check before being let on to MacDill AFB. - AOC will arrange for an annual base pass upon successful background check - Contractor shall provide all necessary tools and safety gear. Over and Above Discrepancies: The Contractor is responsible for documenting and reporting all discrepancies that are found during inspections that are not part of a complete inspection or preventative maintenance. Any parts or components that has or has not reached its recommended service life, fails inspection and needs to be replaced, and is not an expendable part, typically replaced during preventative maintenance, is considered an over and above discrepancy. The contractor shall prepare a discrepancy report to include at a minimum: -Description of each discrepancy found; -Number of person hours required to resolve each discrepancy; -Hourly rate for personnel performing the work; -The cost of parts including any percentage discount, if any; -Total dollar amount to correct each discrepancy; and -Total dollar amount to correct the complete list of discrepancies. The AOC will be responsible for reviewing the list of discrepancies and making a recommendation to the Contracting Officer, to either accept or decline the Contractor's proposal. The Contractor shall not proceed with correcting any discrepancies without prior approval from the Contracting Officer. Funds for over and above services will be specified at the time of award and included as separate contract line item. The dollar amount for this line item will represent an estimated total, not-to-exceed amount, to cover charges for over and above services. Since it is not possible to accurately estimate the extent and duration of work or to anticipate costs to correct over and above discrepancies, with any reasonable degree of confidence, the services required to correct over and above discrepancies will be on a time and material basis. Direct labor hours are specified fixed hourly rates that include wages, overhead, general and administrative expenses, and profit. Cost for materials includes parts, and material handling costs, if any. The price to be paid for material shall be based on an established catalog or list price in effect when the material or other product is furnished, less all discounts the Contract offers to the Government. In no event shall the price exceed the Contractor's sale price to its most favored customer for the same item in like quantity, or current market price, whichever is lower. Submittal of Invoices (EAD-KC Office Addendum to FAR 52.212-4(g): The contractor shall prepare and submit an invoice which will serve as the request for payment. All requests for payment shall be based on work completed as of the end of the most recent billing period and shall be submitted by the 10th day of the subsequent month to the Aircraft Operations Center. Electronic version of all quotes must be received at Sharon.Clisso@noaa.gov in MSWord or Adobe acrobat pdf format by no later than 10:00 AM CDT on July 7, 2011. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. All responsible offerors may submit a response to this notice which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-11-RQ-0555/listing.html)
 
Place of Performance
Address: US Department of Commerce, National Oceanic and Atmospheric Administration, Aircraft Operations Center, 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, Florida, 33621-5401, United States
Zip Code: 33621-5401
 
Record
SN02481231-W 20110625/110623235743-9cba96a2ba5d39b1437e47f2f62bdea7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.